Tender

UKRI-1445 CLF Design House Services

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2021/S 000-015487

Procurement identifier (OCID): ocds-h6vhtk-02c3f1

Published 6 July 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Contact

STFC Procurement

Email

STFCprocurement@ukri.org

Telephone

+44 1235445000

Country

United Kingdom

NUTS code

UKK14 - Swindon

Internet address(es)

Main address

www.ukri.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Engineering-design-services./A622VM888A

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-1445 CLF Design House Services

Reference number

UKRI-1445

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

UKRI wishes to establish a Contract for the provision of Design House Services for its Central Laser Facility (CLF), part of UK Research and Innovation's (UKRI) Science and Technology Facilities Council (STFC).

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

To support facility operations and enable our Projects, including ensuring timely delivery, CLF requires the services of a multi-disciplined Design House (DH) with excellent knowledge and capability across a broad spectrum of mechanical, electrical, software and control and instrumentation engineering skills. The DH will provide personnel to supplement existing CLF engineering capability in operations and to undertake the coordination and delivery of design packages from Front End Engineering Design (FEED) through to full manufacturing drawings for Projects. This work will be undertaken under DH management and with guidance from existing CLF staff, as required to meet the necessary timescales and agreed quality standards.

It is expected that the DH contract will last for up to 4 years from inception to completion. The maximum contract spend over the 4 year duration shall not exceed £4M excl. VAT. The Contract will be on a call-off basis, with work packages and service delivery being drawn down according to needs. However, please note there is no guaranteed volume of orders or minimum contract value associated with this Call-Off Contract.

two.2.5) Award criteria

Quality criterion - Name: Technical/Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 August 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 August 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

UKRI is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).

UKRI is procuring the Contract for its exclusive use.

UKRI shall utilise the e-sourcing portal Delta and all correspondence and submission of documents must be through that portal. Suppliers are to utilise the messaging system within the e-sourcing tool within the timescales detailed in this document.

If there is any doubt with regard to the ambiguity of any question or content contained in this questionnaire then Suppliers should raise a clarification question via the e-sourcing portal. Suppliers are to note that any requests for clarifications may not be considered by UKRI if they are not articulated by the Supplier within the discussion forum within the e-sourcing tool and received within the specified time.

All Tender Responses MUST be submitted through the portal. Please note, any submission of a Response which is outside of the e-sourcing portal will result in the Response not being considered.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Engineering-design-services./A622VM888A

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/A622VM888A

GO Reference: GO-202176-PRO-18518792

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

Commercial@ukri.org

Country

United Kingdom

Internet address

www.ukri.org

six.4.2) Body responsible for mediation procedures

TBC

TBC

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

Commercial@ukri.org

Country

United Kingdom